You are on page 1of 7

Department of Public Works and Highways (DPWH)

Contract ID : 16LO-0036
Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
___________________
-----------------------------------------------------------------------
For the Contractor

CONTRACT AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:

THIS CONTRACT AGREEMENT, made this ______ day of _______________ 2017, by and between:

The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the Department of


Public Works and Highways (DPWH), Regional Office XI, represented herein by ALLAN S.
Witnesses :

BORROMEO, CESO IV, OIC-Regional Director, duly authorized for this purpose, with main office
address at R. Magsaysay Avenue, Davao City, hereinafter referred to as the “PROCURING
ENTITY”;

-and-

C.T. Leoncio Construction and Trading, a single proprietorship and existing under and by virtue
of laws of the Republic of the Philippines, with main office address at 171 Luwasan, Guyong, Sta.
SUSAN P. ANINANG

Maria, Bulacan, represented herein by CONSOLACION T. LEONCIO, Authorized Managing


Officer, duly authorized for this purpose, hereinafter referred to as the “CONTRACTOR”;
Accountant IV

WITNESSETH:
For the Entity

WHEREAS, the PROCURING ENTITY is desirous, that the CONTRACTOR execute the works under
Contract ID: 16LO-0036: Construction of Various Water Supply Projects in Asuncion, Davao del
Norte, hereinafter called “the Works,” and the PROCURING Entity has accepted the Calculated Bid of the
CONTRACTOR for the execution and completion of the Works at the calculated unit bid prices shown in the
attached Bill of Quantities, a total Contract price of Fifty Seven Million Nine Hundred Ninety Nine
Thousand and Nine Hundred Ninety-Eight Pesos (Php 57,999,998.00) to be completed within
Three Hundred (300) calendar days.
C.T. LEONCIO CONSTRUCTION AND

NOW, THEREFORE, for and consideration of the foregoing premises, the parties hereto agree as follows:
Authorized Managing Officer

1. In this CONTRACT AGREEMENT, words and expressions shall have the same meaning as are
CONSOLACION T. LEONCIO

respectively assigned to them in the Conditions of Contract hereinafter referred to.


2. The following documents shall be attached, deemed to form, and be read and construed as part of
this CONTRACT AGREEMENT, and shall be interpreted in the following order of priority:
a. This Contract Agreement
b. Documents forming part of the Contract Agreement:
(1) Notice of Award (NOA) with the CONTRACTOR’s signed “conforme” (Annex “D”)
TRADING

(2) Contractor’s Bid in the Form of Bid, including its Technical and Financial Proposals, as
calculated by the Procuring Entity and conformed to by the Contractor through the
BY:

NOA (Annex “B”)


(3) Bidding Documents with Bid Bulletins
(4) Specifications
(5) Drawings
ALLAN S. BORROMEO, CESO IV

(6) Special Conditions of Contract (SCC)


DEPARTMENT OF PUBLIC WORKS

(7) General Conditions of the Contract (GCC)


AND HIGHWAYS – REGION XI

OIC-Regional Director

(8) Performance Security (Annex “E”)


(9) Integrity Pledge under Department Order No. 86, series of 2013
(10) Other Documents
(a) Construction Methods
(b) Construction Schedule in the form of PERT/CPM Diagram or Precedence Diagram
and Bar Chart with S-Curve or other approved tools of project scheduling, and
Cash Flow & ( Annex “G”)
(c) Manpower Schedule
(d) Equipment Utilization Schedule
BY:

(e) Construction Safety and Health Program initiallly approved by the Head of the
Procuring Entity
(f) Contractors’ All Risk Insurance (CARI)
-----------------------------------------------------------------------------------------------------------------------------------
Page 1 of 6
Department of Public Works and Highways (DPWH)
Contract ID : 16LO-0036
___________________ Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
-----------------------------------------------------------------------
For the Contractor

3. In consideration of the payments to be made by the PROCURING ENTITY to the CONTRACTOR as


hereinafter mentioned, the CONTRACTOR hereby covenants with the PROCURING ENTITY to
execute and complete the Works and remedy any defects therein in conformity with the provisions
of this CONTRACT AGREEMENT in all respects.

The following are the quantities and items of Work included in the scope of work:

Unit Cost Total Amount


Item No. Description Qty. Unit
(P) (P)
Part A: FACILITIES FOR THE ENGINEER
Witnesses :

A.1.1(3) Construction of Field Office for the Engineer 1.00 l.s. 180,605.17 180,605.17
Fully Operated basis, Service Vehicle (based
on DO 3 s 2010) 4x4 pick up 2500 CC M/T mo.
A.1.2 (5) 10.00 91,306.96 913,069.60
diesel with aircon, stereo, megawheels,
SUSAN P. ANINANG

stepboard, bed liner, GPS, rustproof


Accountant IV

Part B: OTHER GENERAL REQUIREMENT

B-5 Project Billboard 4.00 each 4,519.73 18,078.92


For the Entity

B-7 Construction Safety and Health Program 10.00 mo. 24,287.65 242,876.50

B-8 Traffic Management 10.00 mo. 96,204.34 962,043.40


PART I. DRILLING OF ONE (1) EXPLORATORY/PRODUCTION WELL

A.1 Drilling Well (Brgy. Sagayen) 1.00 l.s. 1,822,818.99 1,822,818.99

A.2 Drilling Well (Brgy. Dona Andrea) 1.00 ls. 1,822,818.99 1,822,818.99
C.T. LEONCIO CONSTRUCTION AND

Part II. PIPELINES AND RELATED CIVIL WORKS


A.1 Distribution Pipes (PN 0.686 Mpa/Class 100/Series 10)
Authorized Managing Officer

A.1.1 200 mm Ø (8”) uPVC Pipes 6,555.00 l.m. 1,728.50 11,330,317.50


CONSOLACION T. LEONCIO

A.1.2 150 mm Ø (6”) uPVC Pipes 8,930.00 l.m. 1,017.74 9,088,418.20

A.1.3 100 mm Ø (4”) uPVC Pipes 3,970.00 l.m. 562.70 2,233,919.00

A.1.4 75 mm Ø (3”) uPVC Pipes 3,285.00 l.m. 500.17 1,643,058.45

50 mm Ø (2”) uPVC Pipes l.m. 306.02 1,822,349.10


TRADING

A.1.5 5,955.00
A.2 Disinfect All Proposed Pipelines as Specified
BY:

A.2.1 200 mm Ø (8”) uPVC Pipes (Disinfect) 6,555.00 l.m. 102.06 669,003.30
A.2.2 150 mm Ø (6”) uPVC Pipes (Disinfect) 8,930.00 l.m. 66.25 591,612.50
A.2.3 100 mm Ø (4”) uPVC Pipes (Disinfect) 3,970.00 l.m. 66.80 265,196.00
A.2.4 75 mm Ø (3”) uPVC Pipes (Disinfect) 3,282.00 l.m. 77.08 252,976.56
A.2.5 50 mm Ø (2”) uPVC Pipes (Disinfect) 5,955.00 l.m. 62.37 371,413.35
DEPARTMENT OF PUBLIC WORKS

ALLAN S. BORROMEO, CESO IV

B. Gate/Butterfly Valves
AND HIGHWAYS – REGION XI

B.1.1 200 mm GI Gate Valves with Appurtenances 1.00 set 27,848.62 27,848.62
OIC-Regional Director

B.1.2 150 mm GI Gate Valves with Appurtenances 7.00 sets 18,589.86 130,129.02

B.1.3 100 mm GI Gate Valves with Appurtenances 2.00 sets 13,418.01 26,836.02

B.1.4 75 mm GI Gate Valves with Appurtenances 8.00 sets 10,601.49 84,811.92

B.1.5 50 mm GI Gate Valves with Appurtenances 10.00 sets 6,582.40 65,824.00

C. ASSEMBLIES
BY:

C.1 Improvised Blow – Off Valve Assemblies


C.1.1 75 mm Ø (3”) uPVC Pipes (Blow-Off) 1.00 set 24,051.12 24,051.12
C.1.2 50 mm Ø (2”) uPVC Pipes (Blow-Off) 7.00 sets 22,228.30 155,598.10
C.2 Air Release/Air Vacuum Valves
C.2.1 25 mm Ø (1”) Air Release/Air Vacuum Valves 6.00 sets 15,493.96 92,963.76

-----------------------------------------------------------------------------------------------------------------------------------
Page 2 of 6

Department of Public Works and Highways (DPWH)


Contract ID : 16LO-0036
___________________

Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
For the Contractor

----------------------------------------------------------------------

Unit Cost Total Amount


Item No. Description Qty. Unit
(P) (P)
C.3 Fire Hydrant

C.3.1 75 mm Ø (3”) - (Fire Hydrant Assembles) 1.00 set 46,380.62 46,380.62

C.3.2 50 mm Ø (3”) - (Fire Hydrant Assembles) 1.00 set 29,266.37 29,266.37


Witnesses :

D. SERVICE CONNECTIONS
D.1 Service Pipe = 20 mm (1/2”)

D.1.1 200 mm (8”) Service Pipe Connection 30.00 sets 3,807.70 114,231.00

D.1.2 150 mm (6”) Service Pipe Connection 90.00 sets 3,632.12 326,890.80

100.00 sets 3,623.34 362,334.00


SUSAN P. ANINANG

D.1.3 100 mm (4”) Service Pipe Connection


Accountant IV

D.1.4 75 mm (3”) Service Pipe Connection 150.00 sets 2,078.00 311,700.00

200.00 sets 1,831.75 366,350.00


For the Entity

D.1.5 50 mm (2”) Service Pipe Connection

D.2 Service Pipe=25 mm (3/4”)


20.00 sets 3,939.32 78,786.40
D.2.1 200 mm (8”) Service Pipe Connection
50.00 sets 3,702.32 185,116.00
D.2.2 150 mm (6”) Service Pipe Connection
100.00 sets 3,623.34 362,334.00
D.2.3 100 mm (4”) Service Pipe Connection
C.T. LEONCIO CONSTRUCTION AND

150.00 sets 2,078.00 311,700.00


D.2.4 75 mm (3”) Service Pipe Connection.
Authorized Managing Officer

150.00 sets 1,875.47 281,320.50


CONSOLACION T. LEONCIO

D.2.5 50 mm (2”) Service Pipe Connection


D.3 Additional Tubing
500.00 l.m. 339.22 169,610.00
D.3.1 20 mm (1/2”) Additional Tubing
500.00 l.m. 359.54 179,770.00
D.3.2 25 mm (3/4”) Additional Tubing
E.1 Bridge Crossing
TRADING

E.1.1 Bridge Crossing (Bunawan) 1.00 l.s. 321,525.02 321,525.02


BY:

l.s. 162,028.35 162,028.35


E.1.2 Bridge Crossing (Cambaogo) 1.00
l.s. 482,287.56 482,287.56
E.1.3 Bridge Crossing (San Vicente) 1.00
l.s. 279,752.12 279,752.12
E.1.4 Bridge Crossing (Magatos) 1.00
ALLAN S. BORROMEO, CESO IV
DEPARTMENT OF PUBLIC WORKS

l.s. 178,484.40 178,484.40


E.1.5 Bridge Crossing (New Bantayan) 1.00
AND HIGHWAYS – REGION XI

OIC-Regional Director

l.s. 149,369.89 149,369.89


E.1.6 Bridge Crossing (Creek Pipe Magatos) 1.00
l.s. 91,546.02 91,546.02
E.1.7 Bridge Crossing (Creek Pipe New Bantayan) 1.00
E.2 RCP Crossing/RCBC Crosssing
units 7,799.27 428,959.85
E.2.1 Type 1 – Invert Depth (=<1.25) m 55.00
units 3,520.73 42,248.76
E.2.2 Type 2 – Invert Depth (=>1.25) m 12.00
F. INTERCONNECTIONS
BY:

l.s. 44,466.65 44,466.65


F.1 Interconnection No. 1 1.00
l.s. 44,466.65 44,466.65
F.2 Interconnection No. 2 1.00
l.s. 68,770.90 68,770.90
F.3 Interconnection No. 3 1.00
l.s. 54,593.41 54,593.41
F.4 Interconnection No. 4 1.00
G. PAVEMENT DEMOLITION
G.1 Concrete Pavement (Roads, Sidewalk and Driveways)
sq.m. 218.66 6,559.80
G.1.1 Pavement Demolition, 75 mm thk. 30.00

-----------------------------------------------------------------------------------------------------------------------------------
Page 3 of 6

Department of Public Works and Highways (DPWH)

Contract ID : 16LO-0036
___________________

Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
For the Contractor

-----------------------------------------------------------------------

Unit Cost Total Amount


Item No. Description Qty. Unit
(P) (P)

sq.m. 131.23 13,123.00


G.1.2 Pavement Demolition, 100 mm thk. 100.00
sq.m. 131.23 13,123.00
G.1.3 Pavement Demolition, 150 mm thk. 100.00
Witnesses :

G.2 Concrete Crub and Gutter


l.m. 163.95 3,279.00
G.2.1 Removal of Curb and Gutter 20.00
G.3 Asphalt Pavement
sq.m. 163.96 3,279.20
G.3.1 Removal of Asphalt Pavement 20.00
H. SURFACE RESTORATION
SUSAN P. ANINANG

cu.m. 7,909.63 237,288.90


H.1 Concrete Pavement Incl. Base Coarse, 10 cu.m 30.00
Accountant IV

l.m. 767.14 15,342.80


H.2 Concrete Curb and Gutter 20.00
For the Entity

cu.m. 9,433.55 94,335.50


H.3 Concrete Sidewalk/Driveway 10.00
cu.m. 14,839.08 222,586.20
H.4 Asphalt Pavement Incl. Base Coarse 15.00
I. OVER EXCAVATION FOR PIPELINES
cu.m. 220.24 13,214.40
I.1 Excavation for Pipelines, 1.20 m to 2.0 m 60.00
cu.m.
C.T. LEONCIO CONSTRUCTION AND

I.2 Excavation for Pipelines, 2.0 m to 2.5 m 10.00 202.54 2,025.40

cu.m.
Authorized Managing Officer

I.3 Excavation for Pipelines, more than 2.5 m 10.00 202.54 2,025.40
CONSOLACION T. LEONCIO

J. MISCELLANEOUS
cu.m. 86.09 430.45
J.1 Sand bedding/Backfill From Borrow Area 5.00
cu.m. 592.42 2,962.10
J.2 Crushed Rock Bedding 5.00
cu.m. 6,802.17 20,406.51
J.3 Reinforced Concrete Encasement/Blocks 3.00
TRADING

cu.m. 526.58 2,632.90


J.4 Rock/Boulder Excavation 5.00
ALLAN S. BORROMEO, CESO IV
DEPARTMENT OF PUBLIC WORKS

PART III. STRUCTURES


AND HIGHWAYS – REGIONBY:
XI

A.1 Proposed Elevated Steel Tank


OIC-Regional Director

100 cu.m Elevated Steel Tank at Brgy. Sagayen, l.s. 4,513,715.00 4,513,715.00
A1.1 1.00
Asuncion

100 cu.m Elevated Steel Tank at Brgy. Doña l.s. 4,513,715.00 4,513,715.00
A1.2 1.00
Andrea, Asuncion
A2 Treatment Facility
sets 2,025,354.43 4,050,708.86
A2.1 Treatment Facility (Hypochlorinator) 2.00
BY:
B. Pump House and Control Stations
l.s. 374,609.54 374,609.54
B.1 Pump House (Brgy. Sagayen, Asuncion) 1.00
l.s. 374,609.54 374,609.54
B.2 Pump House (Brgy. Doña Andrea, Asuncion) 1.00
PART IV. ELECTRO – MECHANICAL EQUIPMENT
l.s. 2,430,425.31 2,430,425.31
A1. Electro – Mechanical Equipment 1.00
l.s. 776,672.83 776,672.83
A2. Power Transmission Lines 1.00
GRAND TOTAL = Php 57,999,998.00

-----------------------------------------------------------------------------------------------------------------------------------
Page 4 of 6
Department of Public Works and Highways (DPWH)

Contract ID : 16LO-0036
Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
-----------------------------------------------------------------------

4. In consideration of the execution and completion of the Works by the CONTRACTOR, the
PROCURING ENTITY hereby covenants to pay the CONTRACTOR, the unit prices in the
CONTRACTOR’s Calculated Bid, as applied to the actual quantities accomplished as certified by the
PROCURING ENTITY under the provisions of the CONTRACT AGREEMENT at the times and in the
manner prescribed by this CONTRACT AGREEMENT.

5. The CONTRACTOR warrants that he has not given nor promised to give any money or gift to any
employees of the ENTITY (or any Philippine Government Instrumentality) to secure this contract.

6. The CONTRACTOR shall pay taxes in full and on time and that failure to do so will entitle the
Government to suspend payment for the services delivered by the contracting party

7. The CONTRACTOR shall likewise regularly present within the duration of the contract, a tax
clearance from the BIR as well as a copy of its income and business tax returns duly stamped and
received by the BIR and duly validated with tax payments made thereon.

IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month and year first
before written.

PROCURING ENTITY: CONTRACTOR:

Represented by: Represented by:

ALLAN S. BORROMEO, CESO IV CONSOLACION T. LEONCIO


OIC-Regional Director Authorized Managing Officer

Witnesses : Witnesses :

SUSAN P. ANINANG _________________


Accountant IV

-----------------------------------------------------------------------------------------------------------------------------------
Page 5 of 6
Department of Public Works and Highways (DPWH)

Contract ID : 16LO-0036
___________________ Contract Name : Construction of Various Water Supply Projects in Asuncion, Davao del Norte
Location of the Contract : Asuncion, Davao del Norte
---------------------------------------------------------------------
For the Contractor

ACKNOWLEDGMENT

Republic of Philippines)
Witnesses :

City of ____________ ) . . . . .

Before me, a Notary Public for and in the City of Davao, personally appeared:
SUSAN P. ANINANG

NAME COMM. TAX CERT. NO. DATE/PLACE ISSUED


Accountant IV

ALLAN S. BORROMEO __ _____ __


For the Entity

CONSOLACION T. LEONCIO _______________ ___________________

known to me and to me known to be the same persons who executed the foregoing instrument
which consist of six (6) pages including this page on which this Acknowledgment is written and
acknowledged to me that the same is their free and voluntary act and deed.

WITNESS MY HAND AND SEAL, this ________day of ______________, 2017 in the City
C.T. LEONCIO CONSTRUCTION AND

________________________, Philippines.
Authorized Managing Officer
CONSOLACION T. LEONCIO
TRADING

Doc. No. ______


BY:

Page No. ______


Book No. ______
Series of _______
DEPARTMENT OF PUBLIC WORKS

ALLAN S. BORROMEO, CESO IV


AND HIGHWAYS – REGION XI

OIC-Regional Director
BY:

--------------------------------------------------------------------------------------------------------------------------------
Page 6 of 6

You might also like